MODIFICATION
49 -- Centrifuge and Packing Press repair and maintenance service
- Notice Date
- 9/30/2025 12:03:33 PM
- Notice Type
- Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA8533 AFLCMC ROKB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8533-25-R-0010
- Response Due
- 10/31/2025 12:30:00 PM
- Archive Date
- 11/15/2025
- Point of Contact
- Shemica Miller, Alexis Davis
- E-Mail Address
-
shemica.miller@us.af.mil, alexis.davis.13@us.af.mil
(shemica.miller@us.af.mil, alexis.davis.13@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This Request for Proposal (RFP) is to establish a follow-on sole source contract for the Human Systems Division of the Air Force Life Cycle Management Center located at Robins Air Force Base, GA. Requirements will be for continued onsite repair and maintenance services to sustain the T-38C ejection seat system for the Barometric (Centrifuge) Test Set, National Stock Number (NSN) 6625-99-262-1510 and Parachute Packing Press NSN 4920-99-148-4329. The onsite repair services include test, evaluation, and repair of the Centrifuges and Packing Presses that are located at six Air Education and Training Command stations: Randolph AFB, TX; Laughlin AFB, TX; Sheppard AFB, TX; Vance AFB, TX; Columbus AFB, MS; and Edwards AFB, CA. This effort will be executed as a Firm-Fixed Price (FFP) and Cost Reimbursement-No Fee (CRNF) Indefinite Delivery Contract (IDC) requirements contract consisting of a one (1) year basic period, plus four (4) one-year options in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract as well as a six (6) month option per FAR Clause 52.217-8, Option to Extend Services against applicable orders. Quantities are based on Best Estimated Quantities (BEQ). The solicitation will be issued in accordance with FAR 15, Contract by Negotiation. It is anticipated that FFP will be utilized for the majority of CLINs. The overarching contract will be issued to: Martin-Baker Aircraft Company Limited (Cage: U1604) Lower Road Higher Denham Uxbridge, UB9 5AJ, United Kingdom Authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by the Government as NO TECHNICIAL DATA is available and is proprietary to the identified source above. This requirement is not a set-aside. Solicitation documents will be posted to SAM. NO HARD COPIES WILL BE PROVIDED AND NO TELEPHONE REQUESTS WILL BE HONORED. Electronic procedures will be used for this solicitation. Responsible sources may identify their interest and capability and submit a capability statement, proposal, or quotation which shall be considered by the agency. The Government does not own the data for these items. All questions and submissions to this requirement shall be submitted in writing to both of the following: Mrs. Alexis Davis: alexis.davis.13@us.af.mil Ms. Shemica Miller: shemica.miller@us.af.mil All responses in reference to this synopsis shall be submitted no later than 31 October 2025, 3:30PM, EST. A failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined could have resulted in submissions being deemed non-responsive by the Procurement Contracting Officer (PCO).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/702a3da8321d41fca5bd9c3d2ba39c1f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07608346-F 20251002/250930230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |